Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 13, 2018 FBO #6138
SOLICITATION NOTICE

38 -- Snow Plow - Bid Sheets

Notice Date
9/11/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333112 — Lawn and Garden Tractor and Home Lawn and Garden Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC - Hanscom, 9 Eglin Street, Hanscom AFB, Massachusetts, 01731, United States
 
ZIP Code
01731
 
Solicitation Number
F2B3AQ8229A002
 
Archive Date
10/6/2018
 
Point of Contact
Christopher Finik, Phone: 7812250138, Christian Salinas, Phone: 7812250198
 
E-Mail Address
christopher.finik@us.af.mil, christian.salinas@us.af.mil
(christopher.finik@us.af.mil, christian.salinas@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Bid Sheet for 11ft plows Bid Sheet for 12ft plows Combined Synopsis/Solicitation Snow Plow Purchase This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in Federal Acquisition (FAR) Subpart 12.6 (reference http://farsite.hill.af. mil ) as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation # Solicitation Purpose F2B3AQ8229A002 This solicitation is a request for quotation (RFQ). Requirement: Snow Plow Purchase NAICS Code Small Business Set-Aside Status Small Business Size Standard 333112 This is a total small business set-aside 1500 employees This solicitation is a request for quotation (RFQ). The small business competitiveness demonstration program is NOT applicable CLIN # CLIN Description QTY UNIT 0001 12ft snow pusher plows 2 Each 0002 11ft reversible end loader snow plows 2 Each Ref. PWS "Requirements" and Bid Sheet Delivery Date Period-Of-Performance (POP) 30 days ADC N/A FOB Destination Address Destination Hanscom Air Force Base (AFB) Bedford, Massachusetts 01731 Inspector Mr. Roland Hartz 781-225-5924; Roland.Hartz.1@us.af.mil Acceptor Mr. Roland Hartz 781-225-5924; Roland.Hartz.1@us.af.mil Applicable Federal Acquisition Circular Provisions and clauses in effect through Federal Acquisition Circular FAC 2005-100, effective 22 Aug 2018. Defense Priorities and Allocation System (DPAS) The Defense Priorities and Allocations System (DPAS) and assigned rating(s) are not applicable. RFQ Questions All questions must be emailed to the AFLCMC/PZIB Installation Contracting Office and received no later than 12:00 noon EST on Friday, 14 September 2018. No telephonic request(s) or questions will be entertained. All questions and responses will be posted to the FEDBIZOPS website NLT COB Monday, 17 September 2018. The email addresses for submission of all questions are: christopher.finik@us.af.mil and christian.salinas@us.af.mil. 52.212-1, Instructions to Offerors- Commercial Items In accordance with FAR Clause 52.212-1, offerors must, at a minimum, contain the following information : •1. Vendors shall submit their offers in writing, and do so using company letterhead or other formal means of documenting the offer which clearly indicates company information and clearly documents offer; •2. The vendor shall submit signed and dated offers to Christopher Finik and SSgt Christian Salinas specified in this solicitation on or before the exact time and date specified in this solicitation; •3. The item(s) to be quoted are listed in the Snow Plow Bid Sheet. Please place your quoted cost in the "UNIT price" and place the total cost in the "Total Amount" of the Bid Sheet. •4. Offers will be accepted via email ONLY, and must be received no later than 3:00 PM EST on Friday, 21 September 2018.. Please email offers to christopher.finik@us.af.mil and Christian.salinas@us.af.mil •5. An offer, at minimum, must contain: •5.1. DUNS : the vendor's active Data Universal Numbering System number as verified in the Government's System for Award Management (SAM) database; •5.2. NAICS : vendor acknowledgement that the North American Industry Classification System number indicated in this document is included in the vendor's Representations and Certifications as verified in the Government's System for Award Management's (SAM) database; •5.3. SOLICIATION #: The offer shall contain the correct Solicitation number, as indicated in this document; •5.4. Day/Month/Year: Clearly indicate the day/month/year of the offer, and the expiration date of the offer ; •5.5. Assigned PZIB Contract Specialist: Clearly indicate the assigned PZIB Contract Specialist's name and point-of-contact information; •5.6. Vendor's Representative: Clearly indicate the name of the vendor's representative and their point-of-contact information; •5.7. Technical Description: Based on the requirements set forth in the Performance Work Statement (PWS), submit a technical description of the items being offered, in sufficient detail to evaluate compliance with the requirements set forth in the PWS, this may include product literature, or other documentation, as necessary; •5.8. Warranty: A clear description of the terms of any applicable warranty; •5.9. Price/Discount: Clearly document the requested pricing information, as well any applicable discounts; •5.10. Remit To Address : Clearly indicate/specify the vendor's correct "Remit To" address, •5.11. General: The offeror shall include a statement specifying the extent of agreement with all terms, conditions, provisions, and clauses included in this solicitation. •6. FAILURE TO COMPLY Offers that fail to furnish information required by this document; are inactive in the Government's SAM database; or reject the terms and conditions set forth in this combined synopsis/solicitation may be excluded from consideration. 52.212-2, Evaluation -Commercial Items In accordance with Federal Acquisition Regulation (FAR) 13.106, respondent's offerors will be selected based on the lowest price technically acceptable process. To be considered technically acceptable, all offerors shall provide confirmation of their capabilities to meet the requirements listed below: •· 11ft Reversible End Loader Snowplow: •o 41'' high, heavy-duty, box reinforced, ¼'' thick, rolled plate moldboard. •o Dual enclosed spring trips. •o Hydraulic power reverse with (2) 4.5'' x 2.5'' D.A. cylinders. •o Multiple reinforced ½'' think, high tensile steel pushframe •o 34'' x 62'' x ¾'' thick backplate. •o Heavy duty, ¾'' thick cutting edge •o Plow will accept downpressure from industrial machinery •o Swivel feature for plowing uneven terrain. •o JCB 416 Style hooks installed. •· 12ft Snow Pusher •o 42'' high, 10 guage, rolled plate moldboard. •o 34'' throat depth with 3/8'' thick end gates. •o Replacable, bolt-on, abrasiaon-resistant runners •o 6'' steel cutting edge. •o Bucket drive-in attachement and two (2) chain hooks provided for "chain-to-bucket" attachment. •o Two (2) adjustable ratcher-style chain binders & ½'' grade 70 chains. 52.212-3, Offeror Representations and Certifications - Commercial Items Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with their proposal(s). Additionally, i n accordance with FAR 4.1102(a), prospective contractors shall be registered in the System for Award Management (SAM) database prior to award of a contract or agreement (BPA). FAR 4.1201 states in part that prospective contractors shall update the Representations and Certifications submitted to SAM as necessary, but at least annually, to ensure they are kept current, accurate, and complete. The Representations and Certifications are effective until one year from date of submission or update to SAM. If you have any questions call the SAM HELP DESK at (866) 606-8220, the SAM HELP Desk is open 8:00 AM to 8:00 PM Monday thru Friday. If you prefer, you may contact the HELP Desk on the internet at http://www.fsd.gov 52.212-4, Contract Terms and Conditions -- Commercial Items. The terms and conditions of 52.212-4 applies to this acquisition. 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Deviation 2013-O0019) applies to this acquisition to include paragraph (b)(1)(xii)(A). FAR 52.252-1, Solicitation Provisions Incorporated by Reference States that, this solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address: http://farsite.hill.af.mil Provisions Incorporated by Reference FAR 52.203-18: Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements - Representation; FAR 52.204-7: System for Award Management; FAR 52.204-16: Commercial and Government Entity Code Reporting; FAR 52.204-17: Ownership or Control of Offeror; FAR 52.252-2: Clauses Incorporated by Reference. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/vffara.htm Clauses Incorporated by Reference FAR 52.203-19: Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements; FAR 52.204-13: System for Award Management Maintenance; FAR 52.204-18: Commercial and Government Entity Code Maintenance; FAR 52.209-6: Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.219-6: Notice of Total Small Business Set-Aside; FAR 52.219-28: Post-Award Small Business Program Representation; FAR 52.222-3: Convict Labor; FAR 52.223-18: Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.223-19: Compliance with Environmental Management Systems FAR 52.225-13: Restriction on Certain Foreign Purchases; FAR 52.232-33: Payment by Electronic Funds Transfer-System for Award Management. FAR 52.232-40: Providing Accelerated Payments to Small Business Subcontractors; FAR 52.233-1: Disputes; FAR 52.233-3: Protest after Award; FAR 52.244-6: Subcontracts for Commercial Items; FARS 252.204-7003: Control of Government Personnel Work Product; DFARS 252.232-7003: Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.232-7006: Wide Area WorkFlow Payment Instructions; DFARS 252.232-7010: Levies on Contract Payments; AFFARS 5352.201-9101: OMBUDSMAN (JUN 2016) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, Lt Col Peter Sandness Ombudsman AFLCMC/AQ-AZ Acquisition Excellence Directorate (937) 255-5512 or DSN 785-5512 Email: peter.sandness@us.af.mil 2640 Loop Road West Wright Patterson AFB, OH 45433 Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of Clause) AFFARS 5352.223-9001: HEALTH AND SAFETY ON GOVERNMENT INSTALLATIONS (NOV 2012) (a) In performing work under this contract on a Government installation, the contractor shall: (1) Take all reasonable steps and precautions to prevent accidents and preserve the health and safety of contractor and Government personnel performing or in any way coming in contact with the performance of this contract; and (2) Take such additional immediate precautions as the contracting officer may reasonably require for health and safety purposes. (b) The contracting officer may, by written order, direct Air Force Occupational Safety and Health (AFOSH) Standards and/or health/safety standards as may be required in the performance of this contract and any adjustments resulting from such direction will be in accordance with the Changes clause of this contract. (c) Any violation of these health and safety rules and requirements, unless promptly corrected as directed by the contracting officer, shall be grounds for termination of this contract in accordance with the Default clause of this contract. (End of Clause) ~ END OF COMBINED SYNOPSIS/SOLICITATION ~
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ESC/F2B3AQ8229A002/listing.html)
 
Place of Performance
Address: Hanscom AFB, Massachusetts, 01731, United States
Zip Code: 01731
 
Record
SN05083636-W 20180913/180911231209-70e2701ca6a4bcf03174e10d1e45e04b (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.